Looking to bid on government tenders? See our TaaS tender preparation service
Tenders

Rough Sleeping Services to include Migrant Accommodation Pathway Services, Crisis Prevention and Response Services and London Navigator Team Services

Open
Deadline
38 days left
June 19, 2026
Contract Details
Category
Open Procedure
Reference
038259-2026
Value
£67,649,169
Location
United Kingdom
Published
May 04, 2026
CPV Code
Project Timeline

Tender Published

April 27, 2026

Deadline for Questions

June 12, 2026

Submission Deadline

June 19, 2026

Contract Start Date

February 01, 2027

Budget
£67,649,169
Duration
36 months
Location
United Kingdom
Type
Open Procedure

Original Tender Description

Transport for London is procuring on behalf of the Greater London Authority (GLA). The GLA invites suitably qualified suppliers to participate in an Open Procedure for the delivery of three pan-London rough sleeping services. The Mayor's Rough Sleeping Plan of Action sets out the bold vision to end rough sleeping in London by 2030. The services commissioned through this process will play a key role in achieving this ambition, through preventing homelessness and providing specialist support to those who are sleeping rough. This procurement covers the delivery of three lots which are listed below: Lot 1 - Migrant Accommodation Pathways Service (MAPS) This is a specialist service aimed at improving outcomes for non-UK nationals rough sleeping or at risk of rough sleeping in London. It will replace the current MAPS service, which includes the Roma Rough Sleeping Team and the Link Worker Team. The service will include the following elements: A dedicated migrant homelessness advice function through second‑tier professional support and direct advice to service users; An assessment and case resolution function for those facing additional barriers to resolving their homelessness, including international reconnections; Access to independent legal advice; Specialist support for Roma people rough sleeping or at risk of rough sleeping; Emergency accommodation provision to facilitate assessing or securing routes out of homelessness for homeless migrants; A system capacity building and coordination function. General Optional Services:  Provision of additional staffing Provision of additional accommodation Additional client costs Initial Term of 3 years with 3 optional years - 3+1+1+1. Contract value for the full 6 years is up to £13.7M. An allowance of up to 50% is included for enacting the optional services, with a maximum possible contract value for the service of up to £20.5M. Lot 2 - Crisis Prevention and Response Service (CPRS) This is a new service which will replace the current Rapid Response Outreach Team. It will also incorporate the phoneline, currently delivered through the separate StreetLink London service. To enable a transition from current service provision to a new model of support focused on prevention and assisting more people without the need for outreach contact, there is a phased approach to the delivery of the service. Throughout the contract, the service will include: A pan-London, self-referral phoneline service taking calls from people sleeping rough or at imminent risk of sleeping rough. An outreach response on the night transport network. Assessment, triage, advice, guidance and one-off advocacy. In the first year of the contract, the service will also deliver an outreach response to all StreetLink alerts in 26 boroughs. In Year 2, the service will transition away from this outreach-led approach and will then include: A community team providing in-person support across a range of settings Short-term casework for those who require it General Optional Services:  Expansion of the capacity of the phoneline Expansion of the night transport function Provision of additional staffing Initial Term of 3 years with 3 optional years - 3+1+1+1. Contract value for the full 6 years is up to £14.4M. An allowance of up to 50% is included for enacting the optional services, with a maximum possible contract value for the service of up to £21.6M. Lot 3 - London Navigator Team (LNT) The service provides specialist support for people with long histories of rough sleeping, who are part of the Target Priority Group. It includes: Personalised and intensive support which can stay with people on their journey from the streets to home. Support for people experiencing severe and multiple disadvantage to navigate local systems to access both housing and the support they need in all areas of their life. The LNT Housing Scheme - 40 ringfenced social housing units, housing people from the LNT caseload under a housing-led model. General Optional Services: Supporting any additional properties added to the LNT Housing Scheme Expanding the LNT through the provision of additional staffing Service user costs for any additional cases added to the LNT caseload, above the number which the provider has modelled for in the core service Initial Term of 3 years with 3 optional years - 3+1+1+1. Contract value for the full 6 years is up to £9.4M. An allowance of up to 50% is included for enacting the optional services, with a maximum possible contract value for the service of up to £14.2M. The above values include core services and general optional services for each of the three Lots. Contract duration will be for three (3) years and options to extend the contract for a further period of up to three (3) years, exercisable in one or more periods to a maximum of three (3) years. The maximum duration of the contract (including all extensions) will be no more than six (6) years.  Total Value (estimated) - £56,374,308 (full 6‑year maximum value including extensions and optional services). This value is across all three services. Contract dates (Estimated)- 3 years initial + up to 3 optional extension years Bidders may apply for multiple lots, however, awards will be limited to up to 50% of the bidder's annual turnover. This controls delivery risk, avoids overreliance on single providers and protects market diversity.  Each lot includes core and optional services.

Risk Analysis

Risk analysis is not yet available for this country's tenders. Currently supported: Estonia, Latvia, Lithuania, Poland, France, UK, Denmark, Netherlands, Norway, and Finland.

Win Strategy

Get an AI-powered winning strategy tailored to this tender. Includes win probability score, key opportunities and challenges, recommended bid focus areas, competitive positioning insights, and actionable recommendations to maximize your chances.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

AI extracts and organizes all requirements from tender documents — mandatory qualifications, technical specifications, financial conditions, and submission rules — clearly categorized so you know exactly what's needed to bid.

Login

Basic Requirements

  • Company registration in EU required
  • Proven track record in similar projects
  • Financial stability documentation

Documents

3 documents available with AI summaries

OCDS RecordDOC
038259-2026_ocds_record.json

No summary available for this document.

OCDS Release PackageDOC
038259-2026_ocds_release.json

No summary available for this document.

Official PDF VersionPDF
038259-2026_official.pdf

No summary available for this document.

Documents Preview

Sign up to view document summaries and analysis

Quality Score

Comprehensive quality analysis of this tender scoring legal compliance, clarity, completeness, fairness, practicality, data consistency, and sustainability on a 0-100 scale with detailed breakdown and recommendations.

Login

Add to Pipeline